|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 J -- PREVENTIVE MAINTENANCE OF GALLEY EQUIPMENT AT TWENTNINE PALMS
NAVAL HOSPITAL SOL N00244-99-T-0667 DUE 061499 POC Joan Balazs FAX
619-532-2347 e-mail joan_balazs@sd.fisc.navy.mil phone 619-532-2892
WEB: Click here to obtain more information regarding FISC,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the
Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a
combined synopsis-/-solicitation for a commercial item prepared in
accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED.
The solicitation number for this Request for Quotation is
N00244-99-T-0667. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-11.
This solicitation is issued on a restricted basis, under Standard
Industrial Code 7629 with a small business standard of $5.0. FISC San
Diego has a requirement for the following item: CLIN 0001 -- Base Year
-- Preventive maintenance contract for galley equipment located at
Naval Hospital Twentynine palms CA. Period of performance October 1,
1999 through September 30, 2000. CLIN 0002 First option year, Period of
Performance October 1, 2000 through September 30, 2001. CLIN 0003
Second option year, Period of Performance October 1, 2001 through
September 30, 2002. CLIN 0004 Third option year, Period of Performance
October 1, 2002 through September 30, 2003. CLIN 0005 Fourth option
year, Period of Performance October 1, 2003 through September 30, 2004.
Equipment to be covered: 1. Stero Dishwasher, Model SCT-665. 2. Hatco
Water Heater, Model 3SC-M9B. 3. Carter-Hoffman Heated Storage Cabinet,
Model TE8623-H. 4. Garland Gas Range, Model 44-40-R. 5. Garland Gas
Grill, Model N07, Ser 47-40R. 6. Pitco, Frialator Deep Fryer. 7.
Toastmaster Electric Grill, Model 7224. 8. Wyatt Griddle Electric Model
EG-24. 9. Blakeslee Food Slicer, Model MP-3256-GG12. 10. Hobart
Vegetable Chopper. 11. Garland Electric Tilt Kettle. 12. Columbia
Coffee Makers, (2 each), 400-E (MP-2696 and MP-2697). 13. Hobart Food
Mixer, Model A-200DT. 14. Hobart Food Mixer, Model 300DT. 15. Holman
Toaster, Model T714. 16. Bird Meat Grinder, Model 9-12. 17. Toastmaster
Electric BBQ Grill (Charbroiler). 18.Toastmaster Deep Fat Fryer, Model
1433. 19. Wells Electric Well Steam Table, Model 300. 20. Salvajor
Disposal, Model 100 (1 each). 21. Salvajor, disposal, model 200 (2
each). 22. Carter-Hoffman Heated Storage Cabinet, TE-8623-H. 23. Amana
Microwave, Model RFS10B and RFS11MP2. 24. Blakeslee Potato Peeler,
Model 3270. 25. Vulcan Convection Oven Model EC06D (2 each). 26. USECO
Steam Table Model 10-105A-SP/97-204-000. 27. Jordan Freezer, Model
SAKB-22-FA. SPECIFICATIONS: Normal working hours are 8:00 AM to 5:00 PM
Monday through Friday excluding Government holidays. Prior to any
service being provided the service representative will contact the
Nutrition Management Department to ensure that the equipment will be
available and that the service is authorized. The contractor shall
prove one (1) monthly Preventative Maintenance and visual inspection,
to be performed not closer than 25 days, nor further than 33 days
apart. The times to be determined by mutual agreement between the
Nutrition Management Department and the contractor. Documentation of
service provided will be left with the Nutrition Management Department
in the form of a Vendors Field Service Report. The Service Report will
include: 1. Contract Number and Hospital PM Number. 2. Name, Model and
Serial Number of Equipment. 3. Reason for Visit. 4. Service provided.
5. A listing of all replacement parts and their prices. 6. Arrival and
completion time. 7. Printed name of person providing service. The cost
of repair or additional work due to the negligence, or poor
workmanship on the part of the contractor or his employees, or due to
their failure to follow the manufacturer's specifications, will be
absorbed entirely by the contractor. The Government will absorb the
cost of the repair or damage to the unit caused by misuse or negligence
on the part of the user. All ravel, labor and maintenance materials are
included under this contract. Any major repairs that would fall under
the scope of this contract cannot be performed without prior approval
from the Facilities Management Department and the Contracting Officer.
A site walk-through to review the equipment will be held on 10 June
1999 at 10:30 am to 12:00, Please notify Ann Denslow at 760-830-2388 of
your intention to attend the walk-through at Twentynine Palms Naval
Hospital Galley, she will give you directions and arrange access to the
base. Required delivery is to Twentynine Palms Naval Hospital,
Twentynine Palms Calif. Acceptance shall be at destination. The
following provision apply FAR 52.212-1, Instructions to Offerors
Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers
shall provide an express warranty which at a minimum shall be the same
warranty terms, including offers of extended warranties, offered to
the general public. Express warranties shall be included in the
contract. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE
FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror
Representation and certifications Commercial Items. Clause FAR 52.212-4
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7
Other than New Material, Residual Inventory, and Former Government
Surplus Property. The clause at 52.212-5 Contract Terms and Conditions
Required To Implement Statues or Executive Orders Commercial Item
applies with the following applicable clauses for paragraph (b): FAR
52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative
Action for Handicapped Workers, FAR 52.222-37 Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era, DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or after 6/1/98. Lack of registration in the
CCR database will make an offeror/quoter ineligible for award. Please
ensure compliance with this regulation when submitting your quote. Call
1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more
information.DFAR 252.212-7001 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items, applies with the following clauses
applicable for paragraph (b), DFAR 252.225-7000 Buy American Act --
Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American
Act and Balance of Payment Program, and DFAR 252.225-7012 Preference
for Certain Domestic Commodities. The Government intends to make a
single award to the responsible Offeror whose offer is the most
advantageous to the Government considering price and price related
factors. Provision 52.212-2 Evaluation Commercial Items applies with
paragraph (a) completed as follows: Award will be made to the Offeror
that meets the solicitation's minimum criteria for technical
acceptability at the lowest price. To be determined technically
acceptable the Offeror must furnish product literature that
demonstrates the products offered meet all requirements stated in the
above purchase descriptions for Line Item one. All responsible Offerors
are to submit current pricing, delivery time, payment terms, cage code,
Dunn and Bradstreet number, Tax Identification Number and all
applicable specifications regarding this solicitation. Also required
are copies of applicable commercially published price lists pertaining
to your company's products that meet the specifications. Quotes must
be received no later that 3:00 p.m. PDT, 14 June 1999 and will be
accepted via FAX (619-532-2347) Attn: Joan Balazs. Clause information
can be downloaded from the Internet from the following addresses;
http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 05/25/99
(W-SN335632). (0145) Loren Data Corp. http://www.ld.com (SYN# 0056 19990527\J-0016.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|